Loading...
Project 2023-07 Citywide Misc ADA Improvements & CDBG 4.LQ.48-23 (02.07.24 & 02.14.24)LocaliQ California GANNETT PROOF OF PUBLICATION Tania Flores City Of La Quinta 78495 Calle Tampico La Quinta CA 92253-2839 STATE OF WISCONSIN, COUNTY OF BROWN The Desert Sun, a newspaper published in the city of Palm Springs, Riverside County, State of California, and personal knowledge of the facts herein state and that the notice hereto annexed was Published in said newspapers in the issue: 02/07/2024, 02/14/2024 and that the fees charged are legal. Sworn to and subscribed before on 02/14/2024 Legal Cler Notary, Stat WI, County o My commision expires Publication Cost: $2454.00 nrdsr nlo: 9815451 Customer No: 1252591 PO #: THIS IS NOT AN INVOICE! Please do not use this form for payment remittance. VICKY FELTY Notary Public State of Wisconsin # of Copies: 1 PO Box 631437 Cincinnati, OH 45263-1437 Page 1 of 2 SECTION 1100 INVITATION TO BID PROJECT NO. 2023-07 AND CDBG PROJECT NO. 4.LQ.48-23 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78495 Calle Tampico, La Quinta, California, 92253, until 10:00 A.M. on Wednesday, February 28, 2024 at which timethey will be publicly opened and read for performing work as follows: This project is located within the Season's Neighborhood at the following locations: Springtime Way and Seasons Way, Springtime Way and Summer View Way, Summer View Way and Winter Cove Court, and Summer View Way and Desert Fall Way. Work includes the reconstruction of curb, gutter, cross gutter, sidewalk, and curb ramps to be ADA code - compliant. Work will also include refreshing the striping to remain. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more information. This project shall be completed within 30 working days from the date'specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". FEDERAL FUNDING —This project is being financed with Community Development Block Grant funds from the U.S. Department of Housing and Urban Development (24 CFR Part 570 and is subject to certain requirements, including compliance with Section 3 (24 CFR Part 75) Economic Opportunities requirements; payment for federal Davis -Bacon prevailing wages; Federal Labor Standards Provisions (HUD 4010); Executive' Order #11246; and other. Information pertaining to the Federal requirements is on file with the County of Riverside Department of Housing and Workforce Solutions. A pre -bid conference is scheduled for 9:00 A.M., February 15, 2024 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www. p lanitp Ian room. com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited, should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves thefight to reject or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at htin://www.laquintaca.govlbusinessldesign-and-development/ bid -on -jobs. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder- shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov. Prevailing Wages — The Federal minimum wage rate requirements, as predetermined by the Secretary of Labor, are set forth in the books issued for bidding purposes, referred to herein as Project Bid Documents (Special Federal Provisions), and in copies of this book which may be examined at the office described above where the project plans, special provisions, and proposal forms may be seen. Addenda to modify the minimum wage rates, if necessary, will be issued to holders of the Project Bid Documents. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of industrial Relations website at http:/l www. Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject:to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates, including the per diem wages applicable to the work, and for holiday and overtime work, including employer payments for health and welfare, pension, vacation, and similar purposes, in the County of Riverside in which the work is to be done, have been determined by the Director of the Department of industrial Relations, State of California. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at httos://www. dir.ca.gov. Future effective prevailing wage rates which have been predetermined, and are on file with the California Department of Industrial Relations, are referenced but not printed in the general prevailing wage rates. The Federal minimum wage rate requirements, as predetermined by the Secretary of Labor, are set forth in the books issued for bidding purposes, referred to herein as Project Bid Documents (Special Federal Provisions), and in copies of this book which may be examined at the office described above where the project plans, special provisions,.and proposal forms may be seen. Addenda to modify the minimum wage rates, if necessary, will be issued to holders of the Project Bid Documents: Pursuant to S8854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. All bidders shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined That the General Contractor shall possess a valid Class A (General Engineering Contractor) and/ or C-8 license (Concrete Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non -responsive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By: Published By: Bryan McKinney, P.E. Public Works Director/ City Engineer Monika Radeva City Clerk END OF SECTION Date: Date: SECTION 1100 INVITATION TO BID PROJECT NO. 2023-07 AND CDBG PROJECT NO. 4.LQ.48-23 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78495 Calle Tampico, La Quinta, California, 92253, until 10:00 A.M. on Wednesday, February 28, 2024 at which time they will be publicly opened and read for performing work as follows: This project is located within the Season's Neighborhood at the following locations: Springtime Way and Seasons Way, Springtime Way and Summer View Way, Summer View Way and Winter Cove Court, and Summer View Way and Desert Fall Way. Work includes the reconstruction of curb, gutter, cross gutter, sidewalk, and curb ramps to be ADA code -compliant. Work will also include refreshing the striping to remain. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more information. This project shall be completed within 30 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". FEDERAL FUNDING — This project is being financed with Community Development Block Grant funds from the U.S. Department of Housing and Urban Development (24 CFR Part 570 and is subject to certain requirements, including compliance with Section 3 (24 CFR Part 75) Economic Opportunities requirements; payment forfederal Davis -Bacon prevailing wages; Federal Labor Standards Provisions (HUD 4010); Executive Order #11246; and other. Information pertaining to the Federal requirements is on file with the County of Riverside Department of Housing and Workforce Solutions. A pre-bid conference is scheduled for 9:00 A.M., February 15, 2024 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www.planitplanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Invitation to Bid 1100-1 Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at http://www.laguintaca.gov/business/design-and- development/bid-on-jobs. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov. Prevailing Wages — The Federal minimum wage rate requirements, as predetermined by the Secretary of Labor, are set forth in the books issued for bidding purposes, referred to herein as Project Bid Documents (Special Federal Provisions), and in copies of this book which may be examined at the office described above where the project plans, special provisions, and proposal forms may be seen. Addenda to modify the minimum wage rates, if necessary, will be issued to holders of the Project Bid Documents. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at http://www.dir.ca.gov/Public-Works/PublicWorks.html . Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Invitation to Bid 1100-2 Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates, including the per diem wages applicable to the work, and for holiday and overtime work, including employer payments for health and welfare, pension, vacation, and similar purposes, in the County of Riverside in which the work is to be done, have been determined by the Director of the Department of Industrial Relations, State of California. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at https://www.dir.ca.gov. Future effective prevailing wage rates which have been predetermined, and are on file with the California Department of Industrial Relations, are referenced but not printed in the general prevailing wage rates. The Federal minimum wage rate requirements, as predetermined by the Secretary of Labor, are set forth in the books issued for bidding purposes, referred to herein as Project Bid Documents (Special Federal Provisions), and in copies of this book which may be examined at the office described above where the project plans, special provisions, and proposal forms may be seen. Addenda to modify the minimum wage rates, if necessary, will be issued to holders of the Project Bid Documents. Pursuant to S113854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. All bidders shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A (General Engineering Contractor) and/or C-8 license (Concrete Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non-responsive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Invitation to Bid 1100-3 Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By: Date: Bryan McKinney, P.E. Public Works Director/ City Engineer Published By: Date: Monika Radeva City Clerk END OF SECTION Invitation to Bid 1100-4 SECTION 1100 INVITATION TO BID PROJECT NO. 2023-07 AND CDBG PROJECT NO. 410.48-23 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78495 Calle Tampico, La Quinta, California, 92253, until 10:00 A.M. on Wednesday, February 28, 2024 at which time they will be publicly opened and read for performing work as follows: This project is located within the Season's Neighborhood at the following locations: Springtime Way and Seasons Way, Springtime Way and Summer View Way, Summer View Way and Winter Cove Court, and Summer View Way and Desert Fall Way. Work includes the reconstruction of curb, gutter, cross gutter, sidewalk, and curb ramps to be ADA code - compliant. Work will also include refreshing the striping to remain. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more information. This project shall be completed within 30 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". FEDERAL FUNDING —This project is being financed with Community Development Block Grant funds from the U.S. Department of Housing and Urban Development (24 CFR Part 570 and is subject to certain requirements, including compliance with Section 3 (24 CFR Part 75) Economic Opportunities requirements; payment for federal Davis -Bacon prevailing wages; Federal Labor Standards Provisions (HUD 4010); Executive Order #11246; and other. Information pertaining to the Federal requirements is on file with the County of Riverside Department of Housing and Workforce Solutions. A pre-bid conference is scheduled for 9:00 A.M., February 15, 2024 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www.i)laniti)lanroom.com IMPORTANT. If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at http://www.laguintaca.gov/business/design-and-development/ bid -on -jobs. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov. Prevailing Wages — The Federal minimum wage rate requirements, as predetermined by the Secretary of Labor, are set forth in the books issued forbidding purposes, referred to herein as Project Bid Documents (Special Federal Provisions), and in copies of this book which may be examined at the office described above where the project plans, special provisions, and proposal forms may be seen. Addenda to modify the minimum wage rates, if necessary, will be issued to holders of the Project Bid Documents. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at http:// www. Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates, including the per diem wages applicable to the work, and for holiday and overtime work, including employer payments for health and welfare, pension, vacation, and similar purposes, in the County of Riverside in which the work is to be done, have been determined by the Director of the Department of Industrial Relations, State of California. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at https://www. dir.ca. ov. Future effective prevailing wage rates which have been predetermined, and are on file with the California Department of Industrial Relations, are referenced but not printed in the general prevailing wage rates. The Federal minimum wage rate requirements, as predetermined by the Secretary of Labor, are set forth in the books issued for bidding purposes, referred to herein as Project Bid Documents (Special Federal Provisions), and in copies of this book which may be examined at the office described above where the project plans, special provisions, and proposal forms may be seen. Addenda to modify the minimum wage rates, if necessary, will be issued to holders of the Project Bid Documents. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. All bidders shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A (General Engineering Contractor) and/ or C-8 license (Concrete Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non-responsive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By: Bryan McKinney, P.E. Public Works Director/ City Engineer Date: Published By: Date: Monika Radeva City Clerk Oscar Mojica From: Carley Escarrega Sent: Monday, February 5, 2024 8:49 AM To: ahelmbrech@localiq.com' Cc: City Clerk Mail Subject: FW: Ad Proof for City Of La Quinta Attachments: LaQ DS-38646179.pdf, City of La Quinta Invitation to Bid Good morning, This ad is approved for publication. Thank you, Carley Escarrega I Administrative Technician Public Works/Engineering Department City of La Quinta 78495 Calle Tampico I La Quinta, CA 92253 Ph. 760.777.7096 www.laquintaca.gov www.playinlaquinta.com From: Helmbrecht, Alex <ahelmbrech@localiq.com> Sent: Monday, February 5, 2024 8:34 AM To: Carley Escarrega <cescarrega@laquintaca.gov> Subject: Ad Proof for City Of La Quinta You don't often get email from ahelmbrech@localiq.com. Learn why this is important EXTERNAL: This message originated outside of the City of La Quinta. Please use proper judgement and caution when opening attachments, clicking links or responding to requests for information. Good morning, I work with the Legal Department for the Palm Springs Desert Sun and have your creative attached and ready for your review. Please let me know if you'd like any updates to your ad or if this is approved for publication. Order Details are noted below for your records: Order # I Material # = 38646179 Publication = Palm Springs Desert Sun Section = Classifieds Run Dates = February 7, 14 Ad Size = 3x20 Total Cost = $2,454.00 Please note, our final deadline for creative approval is TODAY at 2pm PST. Ads will run as shown if changes are not received. Thank you, Alex Helmbrecht Senior Account Coordinator, SMB-Legals SIE Loca I i Q I CETWORKY (888)263-7991 ahelmbrech(WIocalig.com Legals: SMB-ClassifiedsLegalSupport@gannett.com From: Carley Escarrega Sent: Thursday, February 1, 2024 12:26 PM To: 'Gannett Legals Public Notices 4' Cc: City Clerk Mail Subject: RE: 03508684 City of La Quinta Invitation to Bid Thank you! Carley Escarrega 1 Administrative Technician Public Works/Engineering Department City of La Quinta 78495 Calle Tampico 1 La Quinta, CA 92253 Ph. 760.777.7096 www.laquintaca.gov www.playinlaquinta.com From: Gannett Legals Public Notices 4 <ganlegpubnotices4@gannett.com> Sent: Thursday, February 1, 2024 12:19 PM To: Carley Escarrega <cescarrega@laquintaca.gov> Subject: RE: 03508684 City of La Quinta Invitation to Bid EXTERNAL: This message originated outside of the City of La Quinta. Please use proper judgement and caution when opening attachments, clicking links or responding to requests for information. Thank you, we have received your request and we have it booked- a proof will be sent to review as soon as the art team has the file created. Public Notice Representative Office: 844-254-5287 From: Carley Escarrega <cescarrega@laquintaca.gov> Sent: Thursday, February 1, 2024 2:57 PM To: Email, TDS-Legals <legals@thedesertsun.com> Cc: City Clerk Mail <CityClerkMail@laquintaca.gov> Subject: 03508684 City of La Quinta Invitation to Bid Good morning, The City of La Quinta would like to run the attached Invitation to Bid for project no. 2023-07 (CDBG Project no. 4.LQ.48-23), Citywide Miscellaneous ADA Improvements on Wednesday, February 7, 2024, and again on Wednesday, February 14, 2024. 1 I await your confirmation and quote. Please confirm a physical copy of the affidavit/proof of publication will be mailed after printing (not a "tear sheet"). Thank you, CALIFORNIA Carley Escarrega 1 Administrative Technician Public Works/Engineering Department City of La Quinta 78495 Calle Tampico 1 La Quinta, CA 92253 Ph. 760.777.7096 www.laquintaca.gov www.playinlaquinta.com